Loading...
HomeMy WebLinkAbout1998-002ORDINANCE NO 9d --OOZ AN ORDINANCE ACCEPTING COMPETITIVE BIDS AND PROVIDING FOR THE AWARD OF CONTRACTS FOR FEED WATER HEATER TUBE REPLACEMENT TO YUBA HEAT TRANSFER DIVISION, IN THE AMOUNT OF $ 58,945 00, PROVIDING FOR THE EXPENDITURE OF FUNDS THEREFOR, AND PROVIDING FOR AN EFFECTIVE DATE (BID #2139—FEED WATER HEATER TUBE REPLACEMENT) WHEREAS, the City has solicited, received and tabulated competitive bids for the construction of public works or improvements in accordance with the procedures of STATE law and City ordinances, and WHEREAS, the City Manager or a designated employee has received and recommended that the herein described bids are the lowest responsible bids for the construction of the public works or improvements described in the bid invitation, bid proposals and plans and specifications therein, NOW, THEREFORE, THE COUNCIL OF THE CITY OF DENTON HEREBY ORDAINS SECTION I That the following competitive bids for the construction of public works or improvements, as described in the "Bid Invitations", "Bid Proposals" or plans and specifications on file in the Office of the City's Purchasing Agent filed according to the bid number assigned hereto, are hereby accepted and approved as being the lowest responsible bids BID NUMBER CONTRACTOR AMOUNT 2139 YUBA HEAT TRANSFER DIVISION $ 58,945 00 SF•CTION II That the acceptance and approval of the above competitive bids shall not constitute a contract between the City and the person submitting the bid for construction of such public works or improvements herein accepted and approved, until such person shall comply with all requirements specified in the Notice to Bidders including the timely execution of a written contract and furnishing of performance and payment bonds, and insurance certificate after notification of the award of the bid SECTION III That the City Manager is hereby authorized to execute all necessary written contracts for the performance of the construction of the public works or improvements in accordance with the bids accepted and approved herein, provided that such contracts are made in accordance with the Notice to Bidders and Bid Proposals, and documents relating thereto specifying the terms, conditions, plans and specifications, standards, quantities and specified sums contained therein SECTION IV That upon acceptance and approval of the above competitive bids and the execution of contracts for the public works and improvements as authorized herein, the City Council hereby authorizes the expenditure of funds in the manner and in the amount as specified in such approved bids and authorized contracts executed pursuant thereto SECTION V approval PASSED AND APPROVED this the day of 1998 That this ordinance shall become effective immediately upon its passage and JAC LER, MAYOR ATTEST JENNIFER WALTERS, CITY SECRETARY BY r APPROVED AS TO LEGAL FORM HERBERT L PROUTY, CITY ATTORNEY BY ATTACHMENT # 1 TABULATION SHEET BID # 2139 BID NAME FEED WATER HEATER TUBE REPLACEMENT YUBA HEAT PES PINGLE HAMON POWER TEI THERMAL TRANSFER EXHCHANGE SERVICE EING SERVICE INT DATE 2•Dec-97 1 RETUBE, BASE BID $42,945 00 $46,925 00 $",840 00 $53,022 00 2 TUBE CAGE REPAIR $16,000 00 $16,000 00 $16,000 00 $16,000 00 3 TOTAL EVAULATED $58,945 00 $62,925 00 $60,840 00 1 $69,022 00 CONTRACT AGREEMENT , STATE OF TEXAS $ � 'Aid - V COUNTY COUNTY OF DENTON $ THIS AGREEMENT, made and entered into this 5 day of JANUARY A.D., 19 98 , by and between CITY OF DENTON of the County of DENTON and State of Texas, acting through TED BENAVIDES thersunto duly authorized so to do, hereinafter termed "OWNER," and YUBA NEAT TRANSFER DIVISION P_O_ BOX 3158 TULSA. OR 74101-3158 of the City of TRr.9A , County of and State of C$T--40:1: CO) 60 termed "CONTRACTOR." TULSA , hereinafter WITNESSETH: That for and in consideration of the payments and agreements hereinafter mentioned, to be made and performed by OWNER, and under the conditions expressed in the bonds attached hereto, CONTRACTOR hereby agrees with OWNER to commence and complete performance of the work specified below: BID # 2139 - FRED WATER BEATER TUBE REPLACEMENT in the amount of $58,945.00 and all extra work in connection therewith, under the terms as stated in the General Conditions of the agreement; and at his (or their) own proper cost and expense to furnish all materials, supplies, machinery, equipment, tools, superintendence, labor, insurance, and other accessories and services necessary to complete the work specified above, in accordance with the conditions and prices stated in the Proposal attached hereto, and in accordance with all the General Conditions of the Agreement, the Special Conditions, the Notice to Bidders (Advertisement for Bids), Instructions to Bidders, and the Performance and Payment Bonds, all attached hereto, and in accordance with the plans, which includes all maps, plats, CA - 1 blueprints, and other drawings and printed or written explanatory matter thereof, and the Specifications therefore, as prepared by CITY OF DENTON ELECTRIC PRODUCTION DEPARTMENT all of which are made a part hereof and collectively evidence and constitute the entire contract. It is mutually understood and agreed by and between City and Contractor that Contractor is an independent contractor and shall not be deemed to be or considered an employee of the City of Denton, Texas, for the purposes of income tax, withholding, social security taxes, vacation or sick leave benefits, worker's compensation, or any other City employee benefit. City shall not have supervision and control of Contractor or any employee of Contractor, and it is expressly understood that Contractor shall perform the services hereunder according to the attached specifications at the general direction of the City Manager of the City of Denton, Texas, or his designee under this agreement. Contractor shall and does hereby agree to indemnify and hold harmless the City of Denton from any and all damages, loss, or liability of any kind whatsoever, by reason of injury to property or third persons occasioned by any error, omission or negligent act of Contractor, its officers, agents, employees, invitees, and other persons for whom it is legally liable, with regard to the performance of this Agreement, and Contractor will, at its cost and expense, defend and protect the City of Denton against any and all such claims and demands. This agreement shall be governed by the law of the State of Texas and venue for its construction and enforcement shall lie in the courts of Denton County, Texas. The CONTRACTOR hereby agrees to commence work on or after the date established for the start of work as set forth in written notice to commence work and complete all work within the time stated in the Proposal, subject to such extensions of time as are provided by the General and Special Conditions. The OWNER agrees to pay the CONTRACTOR in current funds the price or prices shown in the Proposal, which forms a part of this contract, such payments to be subject to the General and Special Conditions of the Contract. CA - 2 IN WITNESS WHEREOF, the parties of these presents have executed this agreement in the year and day first above written. ATTEST: APPROVED AS TO FORM: City Attorney AAA0184D Rev. 04/05/96 CA — 3 rrmv OF nENTQN OWNER By — (SEAL) ICITUXUXF. CONTRACTOR PARTNERSHIP YI •�!.•uF41=1i MAILING ADDRESS 918-234-6000 PHONE NUMBER FAX N a - BY '� CFO/Controller PRINTED NAME (SEAL) CITY OF DENTON INSURANCE REQUIREMENTS FOR CONTRACTORS Bidder's attention is directed to the insurance requirements below It is highly recommended that bidders confer with their respective Insurance carriers or brokers to determine In advance of Bid submission the availability of insurance certificates and endorsements as prescribed and provided harem. If an apparent low bidder falls to comply strictly with the Insurance requirements, that bidder may be disqualified from award of the contract Upon bid award, all insurance requirements shall become contractual obligations which the successful bidder shall have a duty to maintain throughout the course of this contract. STANDARD PROVISIONS: Without limiting any of the other obligations or liabilities of the Contractor, the Contractor shall provide and maintain until the contracted work has been completed and accepted by the City of Denton, Owner, the minimum Insurance coverage as indicated hereinafter As soon as practicable after notification of bid award, Contractor shall file with the Purchasing Department satisfactory certificates of insurance, containing the bid number and title of the project Contractor may, upon written request to the Purchasing Department, ask for clarification of any insurance requirements at any time, however, Contractors are strongly advised to make such requests prior to bid opening, since the insurance requirements may not be modified or waived after bid opening unless a written exception has been submitted with the bid Contractor shall not commence any work or deliver any material until he or she receives notification that the contract has been accepted, approved, and signed by the City of Denton All insurance policies proposed or obtained in satisfaction of these requirements shall comply with the following general specifications, and shall be maintained in compliance with these general specifications throughout the duration of the Contract, or longer, if so noted • Each policy shall be issued by a company authorized to do business in the State of Texas with an A M Best Company rating of at least "A" • Any deductibles or self -insured retentions shall be declared in the bid proposal If requested by the City, the insurer shall reduce or eliminate such deductibles or self -insured retentions with respect to the City, its AAA00350 REVISED 10/12/94 Cl - 1 Insurance Requirements Page 2 officials, agents, employees and volunteers, or, the contractor shall procure a bond guaranteeing payment of losses and related investigations, claim administration and defense expenses • Liability policies shall be endorsed to provide the following •• Name as additional Insured the City of Denton, Its Officials, Agents, Employees and volunteers • • That such Insurance is primary to any other Insurance available to the additional Insured with respect to claims covered under the policy and that this Insurance applies separately to each Insured against whom claim is made or suit is brought The Inclusion of more than one insured shall not operate to Increase the Insurer's limit of liability • All policies shall be endorsed to provide thirty(3O) days prior written notice of cancellation, non -renewal or reduction in coverage • Should any of the required Insurance be provided under a claims -made form, Contractor shall maintain such coverage continuously throughout the term of this contract and, without lapse, for a period of three years beyond the contract expiration, such that occurrences arising during the contract term which give rise to claims made after expiration of the contract shall be covered • Should any of the required Insurance be provided under a form of coverage that Includes a general annual aggregate limit providing for claims Investigation or legal defense costs to be Included in the general annual aggregate limit, the contractor shall either double the occurrence limits or obtain Owners and Contractors Protective Liability Insurance • Should any required insurance lapse during the contract term, requests for payments originating after such lapse shall not be processed until the City receives satisfactory evidence of reinstated coverage as required by this contract, effective as of the lapse date If insurance Is not reinstated, City may, at its sole option, terminate this agreement effective on the date of the lapse AAA00350 REVISED 10/12/94 Cl - 2 Insurance Requirements Page 3 SPECIFIC ADDITIONAL INSURANCE REQUIREMENTS: All insurance policies proposed or obtained in satisfaction of this Contract shall additionally comply with the following marked specifications, and shall be maintained in compliance with these additional specifications throughout the duration of the Contract, or longer, if so noted - [XI A General Liability Insurance. General Liability insurance with combined single limits of not less than $1,000,000 shall be provided and maintained by the contractor The policy shall be written on an occurrence basis either in a single policy or in a combination of underlying and umbrella or excess policies If the Commercial General Liability form (ISO Form CG 0001 current edition) is used • Coverage A shall Include premises, operations, products, and completed operations, Independent contractors, contractual liability covering this contract and broad form property damage coverage • Coverage B shall Include personal injury • Coverage C, medical payments, Is not required If the Comprehensive General Liability form (ISO Form GL 0002 Current Edition and ISO Form GL 0404) is used, it shall Include at least • Bodily injury and Property Damage Liability for premises, operations, products and completed operations, independent contractors and property damage resulting from explosion, collapse or underground (XCU) exposures • Broad form contractual liability (preferably by endorsement) covering this contract, personal injury liability and broad form property damage liability AAA00350 Cl 3 REVISED 10/12/94 Insurance Requirements Page 4 [XI Automobile Liability Insurance: Contractor shall provide Commercial Automobile Liability insurance with Combined Single Limits (CSL) of not less than $500,000 00 either in a single policy or in a combination of basic and umbrella or excess policies. The policy will Include bodily injury and property damage liability arising out of the operation, maintenance and use of all automobiles and mobile equipment used In conjunction with this contract Satisfaction of the above requirement shall be in the form of a policy endorsement for • any auto, or • all owned, hired and non -owned autos [XI Workers Compensation Insurance Contractor shall purchase and maintain Worker's Compensation Insurance which, in addition to meeting the minimum statutory requirements for Issuance of such Insurance, has Employer's Liability limits of at least $100,000 for each accident, $100,000 per each employee, and a $500,000 policy limit for occupational disease. The City need not be named as an "Additional Insured" but the insurer shall agree to waive all rights of subrogation against the City, its officials, agents, employees and volunteers for any work performed for the City by the Named Insured For building or construction projects, the Contractor shall comply with the provisions of Attachment 1 in accordance with §406 096 of the Texas Labor Code and rule 28TAC 110 110 of the Texas Worker's Compensation Commission (TWCC) [ ) Owner's and Contractor's Protective Liability Insurance The Contractor shall obtain, pay for and maintain at all times during the prosecution of the work under this contract, an Owner's and Contractor's Protective Liability insurance policy naming the City as insured for property damage and bodily injury which may arise in the prosecution of the work or contractor's operations under this contract Coverage shall be on an AAA00360 REVISED 10/12/94 Cl - 4 Insurance Requirements Page 5 occurrence basis, and the policy shall be Issued by the same Insurance company that carries the contractor's liability Insurance Policy limits will be at least combined bodily injury and property damage per occurrence with a aggregate [ 1 Fire Damage Legal Liability Insurance Coverage is required if Broad form General Liability is not provided or is unavailable to the contractor or if a contractor leases or rents a portion of a City building Limits of not less than each occurrence are required [ 1 Professional Liability Insurance Professional liability insurance with limits not less than per claim with respect to negligent acts, errors or omissions in connection with professional services is required under this Agreement [ 1 Builders' Risk Insurance Builders' Risk Insurance, on an All -Risk form for 100% of the completed value shall be provided Such policy shall include as "Named Insured" the City of Denton and all subcontractors as their interests may appear [ 1 Additional Insurance Other insurance may be required on an individual basis for extra hazardous contracts and specific service agreements If such additional insurance is required for a specific contract, that requirement will be described in the "Specific Conditions" of the contract specifications AAA00360 REVISED 10/12/94 Cl - 5 Insurance Requirements Page 6 ATTACHMENT 1 [XI Worker's Compensation Coverage for Building or Construction Projects for Governmental Entities A Definitions Certificate of coverage ("certificate ")-A copy of a certificate of insurance, a certificate of authority to self -insure issued by the commission, or a coverage agreement (TWCC-81, TWCC-82, TWCC-83, or TWCC-84), showing statutory workers' compensation insurance coverage for the person's or entity's employees providing services on a project, for the duration of the project Duration of the project - includes the time from the beginning of the work on the project until the contractor's/person's work on the project has been completed and accepted by the governmental entity Persons providing services on the project ("subcontractor" in 9406 096) - includes all persons or entities performing all or part of the services the contractor has undertaken to perform on the project, regardless of whether that person contracted directly with the contractor and regardless of whether that person has employees This includes, without limitation, independent contractors, subcontractors, leasing companies, motor carriers, owner -operators, employees of any such entity, or employees of any entity which furnishes persons to provide services on the project "Services" include, without limitation, providing, hauling, or delivering equipment or materials, or providing labor, transportation, or other service related to a project "Services" does not include activities unrelated to the project, such as food/beverage vendors, office supply deliveries, and delivery of portable toilets B The contractor shall provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any overage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all employees of the contractor providing services on the project, for the duration of the project AAA00350 REVISED 10/12/94 Cl - 6 Insurance Requirements Page 7 C The Contractor must provide a certificate of coverage to the governmental entity prior to being awarded the contract 0 if the coverage period shown on the contractor's current certificate of coverage ends during the duration of the project, the contractor must, prior to the end of the coverage period, file a new certificate of coverage with the governmental entity showing that coverage has been extended E The contractor shall obtain from each person providing services on a project, and provide to the governmental entity (1) a certificate of coverage, prior to that person beginning work on the project, so the governmental entity will have on file certificates of coverage showing coverage for all persons providing services on the project, and (2) no later than seven days after receipt by the contractor, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project F The contractor shall retain all required certificates of coverage for the duration of the project and for one year thereafter G The contractor shall notify the governmental entity In writing by certified mail or personal delivery, within 10 days after the contractor knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project H The contractor shall post on each project site a notice, in the text, form and manner prescribed by the Texas Workers' Compensation Commission, informing all persons providing services on the project that they are required to be covered, and stating how a person may verify coverage and report lack of coverage AAA00350 REVISED 10/12/94 Cl - 7 Insurance Requirements Page 8 I. The contractor shall contractually require each person with whom it contracts to provide services on a project, to (1) provide coverage, based on proper reporting of classification codes and payroll amounts and filing of any coverage agreements, which meets the statutory requirements of Texas Labor Code, Section 401 011(44) for all of its employees providing services on the project, for the duration of the project, (2) provide to the contractor, prior to that person beginning work on the project, a certificate of coverage showing that coverage is being provided for all employees of the person providing services on the project, for the duration of the project, (3) provide the contractor, prior to the end of the coverage period, a new certificate of coverage showing extension of coverage, if the coverage period shown on the current certificate of coverage ends during the duration of the project, (4) obtain from each other person with whom it contracts, and provide to the contractor (a) a certificate of coverage, prior to the other person beginning work on the project, and (b) a new certificate of coverage showing extension of coverage, prior to the end of the coverage period, If the coverage period shown on the current certificate of coverage ends during the duration of the project, (5) retain all required certificates of coverage on file for the duration of the project and for one year thereafter, (6) notify the governmental entity in writing by certified mad or personal delivery, within 10 days after the person knew or should have known, of any change that materially affects the provision of coverage of any person providing services on the project, and AAA00350 Cl _ 8 REVISED 10/12/94 Insurance Requirements Page 9 (7) contractually require each person with whom it contracts, to perform as required by paragraphs (1) - (7), with the certificates of coverage to be provided to the person for whom they are providing services J By signing this contract or providing or causing to be provided a certificate of coverage, the contractor is representing to the governmental entity that all employees of the contractor who will provide services on the project will be covered by workers' compensation coverage for the duration of the project, that the coverage will be based on proper reporting of classification codes and payroll amounts, and that all coverage agreements will be filed with the appropriate insurance carrier or, in the case of a self -insured, with the commission's Division of Self -Insurance Regulation Providing false or misleading information may subject the contractor to administrative penalties, criminal penalties, civil penalties, or other civil actions K The contractor's failure to comply with any of these provisions Is a breach of contract by the contractor which entitles the governmental entity to declare the contract void if the contractor does not remedy the breach within ten days after receipt of notice of breach from the governmental entity AAA00350 Cl - 9 REVISED 10/12/94 Beal Tulu, OK 74101 3158+o Under 918 234 6000 November 26, 1997 Purchasing Department City of Denton 901B Texas Street Denton, Texas 76201 Subject Feedwater Heater Tube Replacement Bid Number 2139 Yuba Proposal SQ-0640-97 Gentlemen We are pleased to submit our proposal to replace the tubing in your H P Heater 5-4, located at Municipal Electric Generating Station The tubing would be replaced on a tube for tube basis using 3/4" OD SA-688-TP304N material in heu of the existing 70-30 CuNi material Please note that the thermal performance of the retubed heater will be negatively affected by the change to stainless steel tubing A completed copy of your "Bid Proposals' forms listing pricing and delivery is enclosed The proposal is based on the following 1 Removal of the tubing from the tube bundle cage occurring with normal anticipated effort This is not always the situation when exfohation is present 2 Reusing existing bolting 3 Providing a new pass partition gasket 4 Remachming of the shell flange gasket surface has not been included 5 Scrap materials become the property of Yuba Credit for these has been included in the quoted price TELECOPY 8918-234-3345 or 918-234-1010 TELEX 049-2464 6 The cost of a Payment and a Performance Bond has been included in the pricing as required by your Addendum #1 7 The proposal includes providing a new channel relief valve, in heu of your existing one The new valve would be a Crosby 3/4" x 1" Model 951101MD Your existing valve is an obsolete model and the only replacement parts would be reconditioned from the original It is anticipated that the cost of the reworked/repaired valve would approach that of a new valve A chart showing the work required and the time required to complete it is enclosed Also enclosed are copies of our ASME Code certificates Warranty covering materials and workmanship provided by Yuba shall extend for a period of one (1) year after acceptance of the equipment by the Owner In no event shall either party be liable to the other for consequential, special or incidental damages arising in any way out of the performance of this contract We wish to thank you for this opportunity to be of assistance to you on this project Please feel free to call upon us for further clarification should the need arise Very truly yours, YUUBBA HE T TRANS F R DIVISION T R Harringto Director, Qu y1neld Operations TRH/cp cc S Naifeh Longhorn File TELECOPY 0918-234-3345 or 918-234-1010 TELEX #49-2464 Yuba PO Box 3158 . p d ae Neat Tulsa, OK 74101 3158 � Tnnsler 918 234 6000 Yuba Tube Bundle Rebuild City of Denton, TX Bid Number 2139 Yuba Proposal SQ-0640-97 Task Name Duration Open Channel/Prepare for Retube 3 Days Remove Tube Plugs 1 Day Remove Tubes 4 Days Clean & Inspect Parts to be Reused 2 Days Repair Seal Weld Surface 1 Day Install & Expand Tubes 3 Days Install Shrouds & Test Covers/Close Channel 5 Days Hydrotest Tubeside 1 Day Ship 1 Day Alternate Replace Bundle Cage 15 Days Tube Delivery - Approx 16 Weeks ARO TELECOPY 0918-234-3345 or 918-234-1010 TELEX #49-2464 BIR NUMBER 2139 BID PROPOSALS City of Denton. Texas 9016 Texas St. Purchasing Department Denton, Texas 76201 Page 2 Of 2 ITEM DESCRIPTION OUAN PRICE AMOUNT 1. 2. 3. 4. Retube #5 — Four Feed Water Heater/spec less III.A.9 Additional Cost To Replace Portions 0£ Tube Cage/III.A.9 Inspect Tube Sheet/Channel(up to including III.A.S) Gaskets, Channel To Shell— FOB City of Denton, T% 1 1 1 2 as 2 a. LQ,965.Oga. 145.00ea.$290.00 •r42,655.0 15.095.0 10,965.0 TOTALS We quote the above 10 b delivered to Denton, Texas Shipment can be made in18 Weeka°F$?#from receipt of order Terms net/30 unless otherwise indicated In submitting the above bid, the vendor agrees that acceptance of any or all bid Items by the City of Denton, Texas within a reasonable period of time constltues a contract The completed Bid Proposal must be properly priced, signed and returned Melling Address City state Lp Bidder Signature Telephone Loli 4 1;-4 d I M1 IRA wwsw ua.an «,.q w. DAR � The TUV-Zertifizierungsgemelnschaft e V hereby certifies that Yuba Heat Transfer 2121 North 161 East Avenue Tulsa, OK 74101-3158 / USA has established and applies a quality system for Design, Marketing and Manufacture of Heat Transfer Equipment An audit was performed, Report No 24011217 Proof has been furnished that the requirements according to DIN ISO 9001 / EN 29001 are fulfilled The certificate is valid until March 1998 Certificate Registration No 12 100 5610 Bonn, March 30, 1995 -�. TUV® TUV CERT Executive Board TUV BAYERN SACHSEN i1c ,Marc 0, 1995 TUV CERT Certification Body of TUV Bayern Sachsen THE NATIONAL BOARD OF BOILER AND PRESSURE VESSEL INSPECTORS Certificate of Authorization Number - R 367 THIS IS TO CERTIFY that YUBA HEAT TRANSFER DIVISION 2121 N 161STE AVE 7TILSA, OKL AHOMA 74116 is hereby authorized to use the Repair Symbol of The National Board of Boiler and Pressure Vessel Inspectors for "NATIONAL BOARD CODE REPAIRS AND/OR ALTERATIONS AT THE ABOVE LOCATION AND EXTENDED FOR FIELD REPAIRS AND/OR ALTERATIONS CONTROLLED BY THIS LOCATION" in accordance with the applicable rules of The National Board of Boiler and Pressure Vessel Inspectors The use of the Repair symbol and the authority granted by this Certificate ofAuthonzation are subject to the provisions of the agreement set forth in the application Any repair stamped with this symbol shall have been made rtnctly in accordance with the provisions of the National Board Inspection Code THIS AUTHORIZATION issued or renewed on May 15, 1995 and expires on June 8, 1998 by THE NATIONAL BOARD OF BOILER AND PRESSURE VESSEL INSPECTORS ChairmanPPL-- CQ sac Executive Director dt� � Secretary % d // i4w� R. 2 N i i C LU a CU E Q .0 CERTIFICATE OF AUTHORIZATION This certificate accredits the named company as authorized to use the indicated symbol of the American Society of Mechanical Engineers (ASME) for the scope of activity shown below in accordance with the applicable rules of the ASME Boiler and Pressure Vessel Code The use of the code symbol and the authority granted by this Certificate of Authorization are subject to the provisions of the agreement set forth in the application Any construction stamped with this symbol shall have been built strictly in accordance with the provisions of the ASME Boiler and Pressure Vessel Code COMPANY YUBA HEAT TRANSFER DIVISION 2121 N 161 E AVENUE TULSA, OKLAHOMA 74116 SCOPE POWER BOILERS AT THE ABOVE LOCATION AND FIELD SITES CONTROLLED BY THIS LOCATION AUTHORIZED EXPIRES CERTIFICATE NUMBtR SYMBOL APRIL 17, 1995 JUNE 4, 1998 11,179 OriteucC (MLC U CHAIRMAN OF THE BOILER AND PRESSURE VESSEL COMMITTEE DIRECTOR ACCREC' T 4TION AND CER1 FICAT' �I 2ntQrNatia ap, Xns droop, Ltd, 70 Pederal Bt VS&t Boston, 8A 02110-1935 ,,;- # (617)542-4433 COM&1l Lute$ Pertaurahip one saterna i*nal Plaae port Bill 50"WO Boston, X& 02310 Yuba Division 9Ua a GREW WAY a o� cYaN erssrrw*4m I PM 6996 ws BWUM QAWM •C6L 8peoial Nota +eea Attad*ad* City of Denton %4=8 901D TewasiStrset Denton, TX' 76201 Attnt Mx.'RsY Riedlinger sY �... f Y.' :J M �I MYP 8/03/97 1 8105/90 8/03/97 18/05/98 1 6/05/97 1 8/05/98 8/05 8/03/97 I8/05/98 750,000/$1,750j000 a $350,OOO SIR WOUM _... /N{M14 ANY OF 1Ma AeOYa t1C ►ouama as wroalla 95<exE THE mwwmom ous 1Malew +He ewm ~my w" sww%ow ro wi *OOA" as To wa m To nee ur; but oi6lil��9�iN$7�d�1!'1+o aeuonnoH OR umm OFMW4�Dum-rwe aoMw+wis Ia mm an wwwewaanrnaa DNISVH02I0d-Vau 0009 PCZ 9TO T YVd CC 90 M 96/OZ/TO $OLDER 00211 City or Dej"= Texas OOZE Texqks street Denton, TS 76201 attus Mr. Ray Medlinger City of 0goton Texas its orriciale, agents eo leyees and volunteers are named as kaditional =nsureds with respects to a 8sedvater Heater Tabs PA laaement, Did No. 11 9. Bread torn oontraotual liability covering this c ►tract personal injury liability and broad form propeM d4m9a liability ars 3nolu4ed. Bodily injury and property Damage Liability for promises, operations, product and complitad operations, independent ountractors and property d4*96 resulting from explosion, Collapse or underground (XCU) exposures Are also inoluded. 0009 PCS M [ IM YC 16 17HS i6/69/i0 THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS That YUBA HEAT TRANSFER DIVISION whose address is P.O. BOX 3158, TULSA, OK, 74101-3158, hereinafter called Principal, and Insurance Cc iipany of North America , a corporation organized and existing under the laws of the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, and unto all persons, firms, and corporations who may furnish materials for, or perform labor upon, the building or improvements hereinafter referred to, in the penal sum of FIFTY EIGHT THOUSAND NINE HUNDRED FORTY FIVE and no/10"$58,945.00) in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, administrators, successors, and assigns, jointly and severally, firmly by these presents This Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of this Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 98-002, with the City of Denton, the Owner, dated the 6 day of JANUARY, A D 1998, a copy of which is hereto attached and made a part hereof, for BID # 2139 — FEED WATER HEATER TUBE REPLACEMENT. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform its duties and make prompt payment to all persons, firms, subcontractors, corporations and claimants supplying labor and/or material in the prosecution of the Work provided for in said Contract and any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby expressly waived, then this obligation shall be void, otherwise it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed on this Bond, exclusive venue shall lie in Denton County, Texas AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work performed thereunder, or to the Plans, Specifications, Drawings, etc, accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas PAYMENT BOND - Page 1 The undersigned and designated agent is hereby designated by the Surety herem as the Resident Agent in DENTON County to whom any requisite notices may be delivered and on whom service of process may be had in matters arising out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 6 day of JANUARY 1998 ATTEST M1 SECRETARY ATTEST BY _ Laurie McLau lin Yuba Heat Transfer Division of Connell Lym,tar9 Partnarship BY `dX;26= PRESIDENT John R McCutchen SURETY Insurance Carpany of North America Laurie McLaughlin The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME ACN STREET ADDRESS2711 North Haskell Avenue, Suite 800, Dallas, TX 75204 (NOTE Date of Payment Bond must be date of Contract If Resident Agent is not a corporation, give a verso name ) PAYMENT BOND - Page 2 ■, R „ r .. * i t; d J which the INSURANCIE COMPANY OF NORTH AMERICA in 727440 CIGNA 5� Art AW That 1NSVRANCIir OMPADIY OF NORTH AMERICA , a corporation of the Commonwealth of Pennsylvania have Pppn¢ylvenths, putsu9litip7lta follOwinB Resolution, adopted by the Board of Directors of the said Company on December 3, , w1�twribeay 4mf„dw roa*ajaiwusme,nwasndo4wveitllthumannawwe mmm eta ' �Y Qy rig p $sea wit I K o_rUY' jg�Aftq% WRY aaua kr Mil M bnhdfaf ow Compoy my ad all boo, unQMek w reMenisenn9m. s yf49�9 arrmYAm6wntC.apngtcpp�apadd(rmm�arryy ad the eWlO(Ne Cmnpmy d�rcd the", ad tlw NiPriewem b ") )Abm Oafcer (eienlW oe mWnta)eftMCdihpYi4 edtAtt9rnaye In Pem w eP Pxapata m ettenw Mn exmutb ,GhN J Mp �4 ' aG1a,.ryni�ppµYi�yhbedlR$ypolc cQropwytM1mY 9uay41mtah signed bytbs 9raNmomd.anwd w by the CarpemwFmewy ` ��vPpr�ydr>bt��p}�Ev'�ey Wde�de mddje oftbOCamp4ny maY hefmnml by(wunaP an any mo[eamaq armrad pmwna Eeeal /� ayd QP d tFafJ$i\MftSedbYamNdlatoeay gernn9pmaf MY lucbpwm,Mda,Y such pawmar mtinmm bmrtN Nah tlmlmian Aj id AA,� iM1a A+ale ehdl heyPb+taweily tnaN�ll mvRriry anpW OPthd arywladaa.lhn aY r.M+of Wa ('AmpMY ad my eflidrvnmracwrdoPW oamPenY necexvymthe e r ✓. r �r ill+td�,t�%�oy(�§�,OldlMplyt�arpyamptnyyy$A�yJyi�adeyPlpwagydaCjitmewpedpp(edAn 1u09 1953 Mq 2t 1973 and March 27 1e77 \y4 \ aces yk 1t�A�Y�I*tN �i� I'1r MARTANNE WRONKA and SANDY WISNi$$i4I all of the City of Boartt9�w`aQh 4ndlyipmat)y if t(fere^oreflu moaepemed, Its true and lawful amomoy�hl•fhct. to make, execute, seal so d deliver on its a*� a�da11 bonds, SeF4gniaanoes, contracts and other wridngaup the nature thereof in penalties not exceeding Or Iti �e,Xe utl'a ofAnob; biourmeace of these prosents shall be ae bindu upon said Company, as fully and amply as i son r pyu wl4d900 �y the fd elected officers of the mpanY at Its principal o cc 4a�lliA�,eed're¢ident, has hereunto subscribed his name and affixed the corporate coal of the said�E fj TiI RI time 1991 INSURANCE COMPANY OF NORTH AMERICA tr r William Jungre s , Vice President a Ivania in and for the County of Philadelphia came illy known to be the individual and officer who to the preceding instrument a the corporate seal o of the said corporation, and that Resolution, adop i1the preceding Instrument, Is now in force W my had and axed my official seal at the City of Philadelphia the day and year first above MARY J eNS, (YOtaep Ile flag ole yY dlt+h� 1ltfNfkiphlla, JW4 Notary Public r� tat av�ee k aJ d Doe of INSURANO P. ANY OF"NOR7fH AMERICA , do hereby certify that the cnginal POWER OF ATTORNEY dip }4 su*m0t iytr�p coasop� m'I' IfPd gapdotlLvt �h epk 6h ivahamuntasub9�tl6bd names as Siscratary, and afxed-die corporate seat ofthe Corporation, this _ day of lg Dtibra it PezWm, 3ecre i� THIS kOW eS Y Ydv YN 9R u *#-M NY t)9NDVjTff AN e c v DOTE Jane 20�14v4 J .\✓ `i�\,:\�,/i� �: 't �j,.\�''��r��'�� � � „ /� �J fir^ iiN .vr r r r , , , t9,r979DYdaHd,gUaAr yJ xf `J� �r \.i✓'� n^�,4✓�`\r THE STATE OF TEXAS COUNTY OF DENTON KNOW ALL MEN BY THESE PRESENTS That YUBA HEAT TRANSFER DIVISION whose address is P O BOX 3158, TULSA, OK 74101-3158, hereinafter called Principal, and Insurance Ccaiigany of North America , a corporation organized and existing under the laws of the State of TEXAS, and fully authorized to transact business in the State of Texas, as Surety, are held and firmly bound unto the City of Denton, a municipal corporation organized and existing under the laws of the State of Texas, hereinafter called Owner, in the penal sum of FIFTY EIGHT THOUSAND NINE HUNDRED FORTY FIVE AND no/100 — ($58,945.00) plus 10 percent of the stated penal sum as an additional sum of money representing additional court expenses, attorneys' fees, and liquidated damages ansmg out of or connected with the below identified Contract, in lawful money of the United States, to be paid in Denton County, Texas, for the payment of which sum well and truly to be made, we hereby bind ourselves, our heirs, executors, admim- strators, successors, and assigns, jointly and severally, firmly by these presents Tlus Bond shall automatically be increased by the amount of any Change Order or Supplemental Agreement which increases the Contract price, but in no event shall a Change Order or Supplemental Agreement which reduces the Contract price decrease the penal sum of tlus Bond THE OBLIGATION TO PAY SAME is conditioned as follows Whereas, the Principal entered into a certain Contract, identified by Ordinance Number 98-002, with the City of Denton, the Owner, dated the 6 day of JANUARY A D 1998, a copy of which is hereto attached and made a part hereof, for BID # 2139 — FEED WATER HEATER TUBE REPLACEMENT. NOW, THEREFORE, if the Principal shall well, truly and faithfully perform and fulfill all of the undertakings, covenants, terms, conditions and agreements of said Contract in accordance with the Plans, Specifications and Contract Documents during the original term thereof and any extension thereof which may be granted by the Owner, with or without notice to the Surety, and during the life of any guaranty or warranty required under this Contract, and shall also well and truly perform and fulfill all the undertakings, covenants, terms, conditions and agreements of any and all duly authorized modifications of said Contract that may hereafter be made, notice of which modifications to the Surety being hereby waived, and, if the Principal shall repair and/or replace all defects due to faulty materials and workmanship that appear within a period of one (1) year from the date of final completion and final acceptance of the Work by the Owner, and, if the Principal shall fully indemnify and save harmless the Owner from all costs and damages wluch Owner may suffer by reason of failure to so perform herein and shall fully reimburse and repay Owner all outlay and expense which the Owner may incur in making good any default or deficiency, then this obligation shall be void, otherwise, it shall remain in full force and effect PROVIDED FURTHER, that if any legal action be filed upon this Bond, exclusive venue shall lie in Denton County, State of Texas PERFORMANCE BOND - Page 1 AND PROVIDED FURTHER, that the said Surety, for value received, hereby stipulates and agrees that no change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc, accompanying the same, shall in anywise affect its obligation on this Bond, and it does hereby waive notice of any such change, extension of time, alteration or addition to the terms of the Contract, or to the Work to be performed thereunder, or to the Plans, Specifications, Drawings, etc This Bond is given pursuant to the provisions of Chapter 2253 of the Texas Government Code, as amended, and any other applicable statutes of the State of Texas The undersigned and designated agent is hereby designated by the Surety herein as the Resident Agent in DENTON County to whom any requisite notices may be delivered and on whom service of process may be had in matters ansmg out of such suretyship, as provided by Article 7 19-1 of the Insurance Code, Vernon's Annotated Civil Statutes of the State of Texas IN WITNESS WHEREOF, this instrument is executed in 4 copies, each one of which shall be deemed an original, this the 6 day of JANUARY 1998 ATTEST- PRINCIPAL Yuba at Transfer Division of Connell m SECRETARY ATTEST, Limited Partnership BY PRESIDENT John R McCutchen SURETY Insurance Company of North America BY L w BY G �' Laurie McLa lin ATTORNEY -IN -FACT Mary Ann Grayson The Resident Agent of the Surety in Denton County, Texas for delivery of notice and service of the process is NAME AON STREET ADDRESS 2711 North Haskell Avenue, Suite 800, Dallas, TX 75204 (NOTE Date of Performance Bond must be date of Contract If Resident Agent is not a corporation, give a person's name ) PERFORMANCE BOND - Page 2 'r,• ` 4 t rvdtW /l1T~, aii� �r TiM4 �oeab¢,rQb9, r. VW, v % v�'rr^ ` INSURANCE COMPANY OF NORTH AMERICA '127441 r , CIGNA �I t8. `Fhat EVSURANC9 MFANY OF NORTH AMERICA , a corpore}ion of the Commonwealth of Pannsylvanis havin ,q10 ♦ t i irdisyivanla. pursasit tho ilowing-Resolunon, adopted by the Board of Directors of the said Company on December 5, omwpunul�pf'j§'Tetl61w 4a,P�`�)ors,py 4awA am followings,*aim 1#wwe the atweon fathe Company ofbnnds, utde,"ns, re-srezemr, coo0 end odw wddnsa in the nature dwwr [us..... c.:..Cu�il rtliar...,.,a.vt,.twd,6.,. Awe Nwem VladpwsMenrmanv Atmmev,e Fatmveamae fin and on behwfoftbe rRMPNY end end all booda uadenelil raeoamwtaw, •, 1t M fI4gq�paaaadw OhrPiPbeeeg�b v0%*janeiadmspa4lY, opVtabn Oit9ridlomwtFkrbbieyn lfwknaatlodaw4ed/utienddeNthyuegrahaanasfiOpntedWtobaYCf+sAhepeyitparanaath'tempeaenYtmbwa,a ep.An2ewltaMmr absuch ar pdiominwdecerbooenranewrndecegpsDawmlxerwboaNtryde anasraweyiltwMed 1pbwwentm tba ransom siM eeAl ,elitd�W.PlAtl lhWwdWMYIOsaNfj'-r-fywPiwMlhaxeaiedan theny UMotar CMpay odmydfieavitwMQ040fthe CompwiYme w%c �jQtl��agt�PbOf'(thfew}IQ'pAWtYa*toda,) i*"nfdmauwdofpItbmnadopted Oa Ju0eA1953 &Uy2%1975 =d MwehA 1071 pl `\ itl> MARY ANN GRAY.SON, MARIANNE WRONKA and SANDY WISNIESKI all of the City of Bosto '��1 ya�IviduallD if the�a?�tare lhaitobeitamod, i}B trueand lawful attomaY•in•fact to make, oxacute, seal and deliver on its t8`Y, �>jlyl �l bo0d& u7dEt'roR rxQanBaiFaaeas, wnaacts and outer wrhmgs in the nature d1aMo[ In penalties not exceeding One 6 dU Jttjip axecugbn of spolr�ngs in pUfattaitse of rheas pnscMs shall Its os bindin6 upon said Company, as fully and amply as if �, a�{aoerF6 � ac1}owle�ge$by tiro tggylgrlp gleotpd o era of the mPcoY at Its pnnofpat o ce m'. S F, tho s81d.Williafi is , V la•Prasiden4 has hereunto subacnbed his name and aftixad the corporate seat of the said OR'PIIAMERICA�IIth day of 3utie I999 i, �; \ INSURANCE COMPANY OF NORTH AMERICA \ William Jungrei9 , Via President so D In WUltarn Jungrt{ige'VlepePrkeithritofth INSURANCE COMPANY OF NORM AMIKKILA tome personaity Known m oe me inuiviou it anu uutwr Mooted rho �Iifta i nil he aclmowledsid1list he exeeuted,the same, and that the seal affixed to the preceding instrument is the On orau said Comp r' tjlo said' ra(e said and his sigh*0 were duly aftlfred by the authority and direction of the said corporation, and that Resolution by'tha Eirard�lreem I of Company, referred rolRthe preceding instrument, is now in force IN TB$TI JONV WkBREOF, I have hereunto set my hand and affixed my official seal at the City of Philadelphia }Ire day and year first above SI •� t �L MARVFj'XX=U4110 * t AF C41 dPO PHtil C�1N1ty NotaryPublio e �Oaanlr�rmi hd.118 L t' / �ahee e� I, theA�iltdefalgnp4 S,eeretary4f INSVRANCI`vC�IMPWANY OIr'�1ORTA AMERICA , do hereby army that the original POWEROF ATTORNEY, which the for§4rltt YY6a�d6e+Geliy true slid edtreQbuojy5la In MI tbTd9 and alTact wi e ` hoiip%khaVao ,@ttbsar(ttddhFY�i9a+a as Se ideudy, and als&tod the corporate seal of the Corporation, this th day of 19 r t4 l� Debra H, Fatipra, S \ / , THIS Ex"n Boren WITH A�1It4et DATEAx f>t� June xm, l�s /CAW `V ' y'� ✓r � .A ' / aaaz7;bedjuymvsA ,r . � .:,,/_`vim, . .`�: �iV/,� `✓� Ate,..: "� � v v i v.. o� � r